Loading...
HomeMy WebLinkAboutC-2318 - Street Program, Irvine Avenue Widening, Bristol to Mesa DriveCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 March 2, 1984 Sully- Miller Contracting P.O. Box 432 Orange, CA 92666 -0432 Subject: Surety: Seaboard Surety Co. Bonds No.: 97495183 -20 _ Project: reet 6 Bikeway Impv on Irvine Av Contract No. The City Council on January 23, 1984 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded with the Orange County Recorder on February 1, 1984, Reference No. 84- 047198. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, Z0,4 y' Wanda E. Andersen City Clerk WEA:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 6 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (7I4) 640 -2251 January 26, 1984 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: 1. Attached for recordation are two Notices of Completion of public works projects consisting of: 1. Street and Bikewai impr9y is on Irvine Ave. from Mesa Dr. to Bristol St, on which Sully- Miller Contracting Co. was the contractor and Seaboard Surety Co. was the surety. 2. 1982 -83 Sewer Main Replacement Program, Contract No. 2360, on which Clarke Contracting Corp. was the contractor and Federal Insurance Co. was the surety. Please record both and return them to us. Sincerely, Wanda E. Andersen City Clerk WEA:Ir Attachments (2) City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 Please retum to: City Clerk City of Newport Beach 3300 Newport Blvd. P.O. Box 1788 Newport Beach, CA 92663 -3884 NO CONSIDERITION � pt M 84 47 198 Oovemment Cone e107 EXEMPT C Z F-0120 D 1N OFFICUL RECORDS GE COUNTY, CALIFORNIA NOTICF. OF COMPLETION PM FEB 1 '84 PUBLIC WORKS A. To All Laborers and Material Men and to Every Other Person Interested YOU WILL PLEASE TAKE NOTICE that on January 23, 1984 _ the Public Works project consisting of Street and Bikeway Improvements on Irvine Ave. from Mesa Drive to Bristol Street C -2318) on which Sul l - er Contract was the co Seaboa was the z yCITY � , w leted. S NEw?ORT BEACH, 9 \ t MAR 2 198420 10 ' MCEIIiUII CITY CiE18L��i VERIFICATION I, the undersigned, say: E I CITY OF NEWPORT BFACH r Pub is Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 25, 1984 at Newport Beach, California. — Public W rks Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on January 23 1984 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 25, 1984 at Newport Beach, California. /Oc'� City Clerk • • C ,313' TO: CITY COUNCIL BY THE CITY COUNCIL CITY OF NEWPORT BEACH JAN 231984 FROM: Public Works Department January 23, 1984 CITY COUNCIL AGENDA ITEM NO. F -12 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the widening of Irvine Avenue from Mesa Drive to Bristol Street has been completed to the satisfaction of the Public Works Department. The bid price was $143,339.24 Amount of unit price items constructed $166,103.94 Amount of change orders Total contract cost 4,363.49 $170,467.43 The increase in the amount of unit price items constructed was due primarily to the need for approximately 50% more asphalt paving material as a result of the wet and unsuitable ground encountered. Funding of the project was as follows: Circulation and Transportation Fund $ 46,210.23 Gas Tax Fund $ 93,700.52 SB 821 Bikeway Fund $ 15,000.00 County Bikeway Fund $ 15,556.68 Three change orders were issued. The first, in the amount of $763.08, provided for removal of unsuitable material in the subgrade of the existing roadway. The second and third, in the amounts of $837.92 and $2,762.49, pro- vided for miscellaneous drainage improvements on private property necessitated by the curb and sidewalk construction. The design engineering was performed by Williamson and Schmid of Santa Ana. The contractor is Sully Miller Contracting Co. of Orange. 0 0 January 23, -1984 Subject: Acceptance of Irvine Avenue Street and Bikeway Improvements (C -2318) Page 2 The contract date of completion was May 19, 1983. The contractor experienced delays of 13 working days due to rain and wet ground, resulting in a revised completion date of June 6, 1983. The roadway paving was com- pleted on that date. Cleanup, repair of damage to private signs, and con- struction of the extra drains were completed by October 20, 1983. apv-�' �V1�4 Benjamin B. Nolan Public Works Director GPD:jd r L] CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663.3884 OFFICE OF THE CITY CLERK (714) 640 -2251 T0: FINANCE DIRECTOR PUBLIC WORKS DEPT FROM: CITY CLERK DATE: March 14, 1983 SUBJECT: Contract No. C -2318 Qkp't1t-o -4-'namCy--) X143 Description of Contract Street and Bike Improvements on Irvine Ave. from Mesa Drive to Bristol Street Effective date of Contract March 11,.1983 Authorized by Minute Action, approved on 2/28/83 Contract with Sully - Miller Contracting. Company Address P.O. Box 432 Oranee. CA 92666 -0432 Amount of Contract $143.339.24 ka;�W& e�. Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at th,' a of the City Clerk, 3300 Newport Boulevard, Newport Be ,`CA 92663 until 3:00 PM on the 15th day of February , 1983, at which time such b s shall be opened and read for STREET AND BIKEWAY IMPROVEMENTS ON IRVINE AVENUE FROM MESA DRIVE TO BRISTOL,STREET Title of Project 2318 Contract $180,000 Engineer's Estimate c �-- P Approved by the City Council this 24th day of January_ , 1983.. Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Horst Hlawat = at 640 -2281. Project Eng steer L,, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET AND BIKEWAY IMPROVEMENTS ON IRVINE AVENUE FROM MESA DRIVE TO BRISTOL STREET CONTRACT NO. 2318 PROPOSAL TO THE HONORABLE CITY COUNCIL City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: PR la The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all . materials and do all the work required to complete this contract in accordance with the Plans and Special Provisions, and.will take in full payment therefor the following unit price for the work, complete in place, to wit: Item Estimated Item Description With Lump Sum No. Qty. & unit or Unit Price Written in Words 1. Lump Sum Clearing and grubbing, including wall & fence removals and end finish, tree removal, miscellaneous. AC removal & disposal including sawcutting, concrete curb & gutter removal & disposal, concrete side- walk & driveway removal & disposal, AC berm removal &disposal, traffic sign relocation, for the lump sum price of Eighty =Four Hundred & No /100 Dollars Unit Total Price Price $ 8,400.00 $ 8,400.00 2. Lump Sum Traffic control, for the lump sum price of Twenty -two Hundred & Nal100 Dollars $ 2,200.00 $ 2,200.00 PR lb Item Estimated Item Description With Lump Sum Unit Total No. Qty. do Unit or Unit Price Written in Words Price Price 3. Lump Sum Private signs relocated including foundation removal and recon- struction, modifications to electrical systems, complete in place, for the lump sum price of Fifteen hundrpd.R No/lnn nollars $ 1,500.00 $ 1,500.00 4. Lump Sum Replumbing of water services and relocation of water meters per Santa Ana Heights Water Company, complete in place, for the lump sum price of Twenty -One Hundred & No /100 Dollars $ 2,100.00 $ 2,100.00 5. 243 LF Relocate existing fence including new footings, for the price of Six & No /100 Dollars per LF $ 6.00 $ 1,458.00 6. Lump Sum Relocate fire hydrant including AC pipe, and new. thrust block, for the lump sum price of Eleven & $ 1,100.00 $ 1,100.00 No /100 Dollars 7. Lump Sum Irrigation and landscaping modifications, including railroad tie retaining wall, valves do back - flow preventer relocations, for the lump sum price of Two Thousand R MOM Dollars $ 2,000.00 $ 2,000.00 • • PR lc Item Estimated Item Description With Lump Sum Unit Total No. Qty. do Unit or Unit Price Written in Words Price Price 8. 11,650 SF Excavate to subgrade and scarify to a depth of 6- inches below subgrade, compact subgrade for a 15 -inch AC section, complete for the price of Zero & 411100 Dollars Per SF $ 0.41 $ 4,776.50 9. 17,282 SF Excavate to subgrade, scarify and compact for 3 -inch AC section, complete in place, for the price of Zero & 29/100 Dollars per SF $ 0.29 $ 5,011.78 10. 645 LF Construct curb and gutter Type A for the price of Seven & 25/100 Dollars per LF $ 7.25 $ 4,676.25 11. 2,243 SF Construct 4 -inch PCC sidewalk for the price of One & 50/100 Dollars per SF $ 1.50 $ 3,364.50 12. 2,502 SF Construct driveway approach, for the price of Two & 1.0 /100�Dollai^s: per SF $ 2.10 $ 5,254.20 13. 95 SF Reconstruct commercial driveway Type II including dowels for the price of Three & 70/100 Dollars per SF $ 3.70 $ 351.50 • PR Id Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 14. 562 SF Construct commercial driveway approach Type I, for the price of Two & 10 /100 Dollars per SF $ 2.10 $ 1,180.20 15. 220 SF Construct 4 -inch PCC to match existing for the price of Two & 10 /100 Dollars per SF $ 2.10 $ 462.00 16. 15 SF Sawcut, remove and construct 6 -inch PCC gutter to match existing for the price of Two & 60/100 Dollars per SF $ 2.60 $ 39.00 17. 27 LF Construct monolithic PCC curb for the price of Three & Dollars per LF $ 3.80 $ 102.60 18. 1,048 TON Construct 15 -inch asphalt concrete section on compacted native including prime coat for the price of Twenty -nine & 10 /100 Dollars per TON $ 29.10 $ 30,496.80 19. 311 TON Construct 3 -inch asphalt concrete section on compacted native including soil sterilant for the price of Thirty-four & 60 /100 Dollars per TON $ 34.60 $ 10,760.60 20. 65 LF Construct AC curb Type E for the price of Fight & Nn /100 Dollars per LF $ 8.00 $ 520.00 Item Estimated Item Description With Lump Sum No. Qty. & Unit or Unit Price Written in Words PR le Unit Total Price Price 21. 4,063 SF Construct miscellaneous AC,in- cluding AC ramp do 1 -foot join strip, for the price of Zero & 40/100 Dollars per SF $ 0.40 $ 1,625.20 22. 3 EA Adjust manhole or water valve or water meter to grade for the price of One Hundred & No /100 Dollars per EA $ 100.00 $ 300.00 23. Lump Sum Remove 18 -inch RCP and concrete collar including disposal for the lump sum price of Six HllndrPd & Nn /lOfl nnllarc $ 600.00 $ 600.00 24. 1 EA Construct junction structure No. 1 including excavation and backfill for the price of Seventeen Hundred Fifty & No /100 Dollars per EA $ 1,750.00 $ 1,750.00 25. 1 EA Construct combination curb inlet Type OL /junction structure, in- cluding excavation do backfill, for the price of Twenty -seven Hundred Fifty & No /100 Dollars per EA $ 2,750.00 $ 2,750.00 26. 1 EA Construct curb inlet Type OL -A including excavation and backfill for the price of Twenty -seven & No /100 Dollars per EA $ 2,700.00 $ 2,700.00 27. 748 LF Construct 24 -inch RCP 3000 -D or ACP 3750 D, including excavation, bedding do backfill, for the price of $ 42.50 $ 31,790.00 0 • PR if Item No. Estimated Qty. lk Unit Item Description With Lump Sum or Unit Price Written in Words Unit Price Total Price 28. 19 LF Construct 18 -inch ACP 2000 D, including excavation and backfill, for the price of /l On �bTtarl per LF $ 42.00 $ 798.00 29. 1 EA Construct 450 ACP elbow for the price of One Hundred Seventy -Five & No /lop Dollars per EA $ 175.00 $ 175.00 30. 10 LF Construct 3 -inch PVC drain for the price of Twelve and No /100 Dollars per LF $ 12.00 $ 120.00 31. 65.33 LF Construct block retaining wall including excavation, footings, and backfill, for the price of Sixty -Seven & No /100 Dollars per LF $ 67.00 $" 4,377.11 32. Lump Sum Signing & striping, including sandblasting per Sheet 5 of 5, for the lump sum price of Se nt -three Hundred & No /100 Dollars $ 7,300.00 $ 7,300:00 33. 11 EA Reconstruct sewer lateral & maintain continuous service; lateral per Costa Mesa Sanitary District, as necessary, for the price of Three Hundred & No /100 per EA $ 300.00 $ 3,300.00 SEE PECIAL PROVISIONS, SECTION VI I I ) SUB -TOTAL PRICE WRITTEN IN WORDS: One Hundred Forty -Three Thousand Three Hundred Thirty -Nine and 24/100 Do ars $143.339.24 CONTRACTOR'S LICENSE NO. 1538 DATE: February 15, 1983 (714) 639 -1400 Bidder's Telephone Number PR 19 SULLY- MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland, Vice -Pres. Authorized Signature /Title P. 0. Box 432, Orange, CA 92666 -0432 Bidder's Address 0 • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. 1538 A Sully- Miller Contracting Company Contr's Lic. No. & Classification Bidder February 15, 1983 S /Robert E. Holland, Vice -Pres. Date Authorized Signature /Title . • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1• Blockwall J & R Masonry Fullerton 2• Concrete L. J. Davis Co. Orange 3• Fencing Golden West Fencing Westminister 4• Striping Orange County Striping Orange 5• Storm Drain Coast Pipeline Villa Park 6. 7. 8. 9. 10. 11. 12. Sully- Miller Contracting Company Bidder S /Robert E. Holland, Vice -Pres. Authorized Signature /Title FOR ORIGII* SEE CITY CLERK'S FILE COPY Page 4 i. BOND NO. 766046 (10850) BIDDER'S BOND PREMIUM: INCLUDED IN BBSU KNOW ALL MEN BY THESE PRESENTS, That we, Sully- Miller Contracting Company as bidder, and Seaboard Surety Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Total Amount of the Bid- - - - - -- Dollars ($ 10% of Bid), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of eet itle of Project Contract No. 2318 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond.. IN WITNESS WHEREOF, we hereunto set our hands and seals this 15th day of February , 19 83 (Attach acknowledgement of Attorney -in -Fact) S/Beverly.J. Johnson Comm. Ex. 10 -24 -86 Su11y-Miller Contracting Company Bidder S /Frank E. Holland, Asst. Secretary Authorized Signature /Title Seaboard Surety Company Surety By S /J. H. Caithamer, Attorney -In -Fact Title Attorney -In -Fact 9 0 Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. MKI'M WAS V 11.01 MMAIJ 1 11.1.114 If �I lu':9 VIIIIIINI ..- S /Robert E. Holland, Vice -Pres. Authorized Signature /Title Subscribed and sworn to before me this 15th day of February 1983. My commission expires: March 16, 1984 S /Rebecca A. Whalen Notary Public 4 Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPIP STATEMENT OF FINANCIAL RESPONSIBIL The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. SULLY- MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland. Vice -Pres. Authorized Signature /Title Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES I The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No SF E ATTA H O I i { SULLY - MILLER CONT idder RACTING COMPANY B S /Robert E. Holland. vice -pegs i Authorized Signature /Title � ' I • Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Property-Casualty. Coverages shall be prove a for a OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. .r r -a EM LJ Us ivy an S L Y S � .? .ate fi x � � w f^� a,-F 9 '�` •L�'k. ° : x 'i .� tg �s i b > z" t F. - a k � a' —_z to cam x r...ars �eygl�a4*n r Y w toowq F+ Nis % '.t_7 I, a .M Lv ` ti _ MIAMI ot b M WAIN 1:.. '�'.t-�'�ttz3.� r' �ry+a "�" .+�- n',° -.. -'.- _ 'rte.. ",� _ -.•s. x Y - .C.....s '.W • • Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Princip3 1 and Surety above named, on the 4th day of March , 19 8 Approved as to form: GitV Attorney SULLY - MILLER. CONTRACTING BY: BY: :O11PANY (Seal) Pal .. .9 a signature and Title Pittman, Controller SEABOARD SURETY.COMPANY (Seal) Name. of Surety 39700 Fairchild Suite 130 Irvine., CA 92715 BY:. Same. ress o gent 714/851 -1911 Telephone No. of Agent i I ` • • ^ . �� i I ` • • § ) n r0 m ( ( @ { } { 2 ) ,m Q � $ / R * & ® [ - p % RL is ) \ \\ \ - -- . \ ; { / /)) ® && |/_ }\ w�§, \ - ,§7$ {0 \ )/( ) Br( * ��® / k(\ \/\ �$ 0 « { ° ( � � § 7 }k ■� 4 ((a \ ,a2 �/( ( of z Er - C . : A§ � yka 7 ;- " \ ££■ � . �o mz z� ? Qygy~ s 3 1h iN(A� � a 2 C Z y 3 m n O d N m O of x c E o 4 v � O 3 � » n 3 ° 3 o � m � w N m o N o w � n 0 m m n m m 9 0 mo, v m n m v n » .J� N O ° F ' a � ,p o m n x o � m � n d � m f' O N 9 N m �J� F Km �c n m [l�H. • fO x� d rd �, �m v � c ? M �d �d m N � o � � m a �c v � w 00 m W n. C H Z m < O O r h � 9 � Z n • . Page 11 FAITHFUL PERFORMANCE BOND BoND.No. 37495183 -20 PREMIUM: 479..00. KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 28, 1983 has awarded to SULLY- MILLER CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for Street And Bikeway Improvements On Irvine Avenue From Mesa Drive To Bristol Street Contract No. 2318 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, and SULLY - MILLER SEABOARD SURETY.COMPANY .COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of & Twerity-Four.Cents------ One Hundred Fourty -Three Thousand.Three Hundred.Thirty -.Nine Dollars ($143,339.24 ------ �, said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice ;� r.., ..�.�v.�"'.� .�' i3 - ��e'..,�, '" �- a � �•,.r;�_ ,..,� -�' �' = ems` "- �a�'��'�.'.'�..5�-a t' c a .: . • • Page 12 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this i strument has been duly executed by the Principal and Surety above named, on the �+th day of March 19 83 SULLY- 1IILLER.CONTRACTING.COMPANY (Seal) Name of Contractor Principal BY: thorized Signature an - 'j Frank E: Holland, Se etairy BY: Aut r ed Sianature nd Title SEABOARD SURETY.COMPANY (Seal) Name of Surety 19700.Fairchild Suite 130 Irvine, .CA 92715 ddracc,nf Surety BY: Sign a nd t e o Authorized Agent J. it er, Attorney -ln -Fact Approved as to form: Same As-Above Address of Agent City Attorney 714/851 -1911 Telephone No. of Agent • 0 f i ƒ ) / f I / / + # 3 »\ eD co a CI \ � { // � z Z - f ƒ/ � ®/ ƒ »a} f §, ® ®\ © }z ƒ aiƒ � ƒ \/ 0 J/\ !/2 a y / co \ \ $ � � ƒ & / / \ _ co a CI \ � { // � z Z - f ƒ/ � ®/ ƒ »a} f §, ® ®\ © }z ƒ aiƒ � ƒ \/ 0 J/\ !/2 a y / co \ \ $ � � ƒ & / / \ _ _Oa S� ti n� s a 1 0 o'+ m n N N m c° a z m K O T T O ca r rT m n �g q W i 2 N y 3 ti w n a 0 n d N d 17 O O N .d. C 0 � � 3 m 3 m Km o 0 n > > C O � m m m v O y H F Rt m o .yd.. vi o m o m n � m � n w 3 0 n v m d 3 � m 6 � � a � N m � O N � a � w m O K 6 % � O � O m p O 3 � m m � O m � 3 y m A wm rt m 6 m .m "da ° W � rtO1 0 rtZ Oat v v Cl- 0--- N= t°-'a n M Ky m, n r m m m � o � � m �C N O a �p IW n _ N 41, og � $o C O H T n s ���m E 333$ s rs m d V g� P Z 5 Z y 3 n n N m d 0 v o' m n 3<, o m n = � O Q v s � m 3 m ? m W n d v O N � y S m o 8 d d � 0 3 < m �y � m s� �s n v m n 'e v- n m o m �= K 6 XRR � O C f 3 � � m 6 O NS A y D -I O T r 0 z X. Y � N N 3 m hf� r m �n m N Q G � y up O v n u IO _ WS ft� �= n � x mo n, Ka rta o � ,) m d �G �G d O I� n _ 0 CERTIFICATE OF INSURANCE • Page 13 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED Koppers Company; Inca &.its Subsidiary ny A The Travelers Indemnity Company r ny B r ny C 3000 East South Street Iptrpr D E This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. �,&'.,� 71 Agency: Johnson & Higgins of PA, Inc. By 19 3 ���lut orized Representative Date Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Street & Bikeway Improvements on Irvine Avenue from Mesa Drive to Bristol Super_ Contract No. 2318. NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. m Policy LIMITS OF CIA ILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc s LETTER COVERAGE REQUIRED No. Date Each F Completed currence 0 erations A GENERAL LIABILITY Form TRSLG180T 523 -83 01/0118 Bodily Injury $ $ Premises - Operations Property Damage $ $ IxComprehensive Explosion & Collapse Hazard Underground Hazard Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 1,000, $1,000, x Broad Form Property Damage Z Independent Contractors x Personal Injury Marine Personal Injury $1,000, Aviation A AUTOMOTIVE LIABILITY ❑x Comprehensive Form TRCAP1807` 547-83 01/01/,8& Bodily Injury Person $ ❑x Owned $ o 1 y njury Each Occurrence ❑x Hired ro ert ama e o i y n�ury an Property Damage ❑x Non -owned Combined $1,000, EXCESS LIABILITY ❑ Umbrella Form Bodily Injury Q Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION SELI EMPUpYEanS LIABILITY . OF. C .INS IF. C INUOUS 'BY STAI RT.NO. OVERAGE r. Statutor tLach Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. �,&'.,� 71 Agency: Johnson & Higgins of PA, Inc. By 19 3 ���lut orized Representative Date Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Street & Bikeway Improvements on Irvine Avenue from Mesa Drive to Bristol Super_ Contract No. 2318. NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. m • • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability Fq Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence $ 1,000,000. each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Departmmeent. Street & Bikeway Imrpvements on.Irvine Avenue.from Mesa Drive to 5. Designated Contract: Bristol Street, Contract No. 2318. Project Title an3 Contract No.). This endorsement is effective March 4, 1583 at 12:01 A.M. and forms a part of Policy No. TRCAP180T4547 -83 Koppers Company, Inc.- & its Subsidiary Named Insured Sully - Miller Contracting Company Endorsement No. Name of Insurance Company The Travelers Indemnity co, By//[i. .�.e� .... ev-� Author Representative • • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability P4 Single Limit $ each occurrence $ each occurrence Bodily Injury Liability $1,000,000. each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public.Works Department Street & Bikeway Improvements on Irvine.Avenue.from Mesa Drive 7. Designated Contract: to Bristol:Street, Contract No. 2318. Pro.iect Title and Contract No. This endorsement is effective March 4, 1983 at 12:01 A.M. and forms a part of Policy No. TRSLG180T4523 -83. Koppers Company,.Inc. & its Subsidiary Named Insured sully - miller Contracting company Endorsement No. Name of Insurance Company The Travelers.Indemnity ve 0 Page 16 CONTRAG`:;: THIS AGREEMENT, entered into this M day of , 19 23, by and between the CITY OF NEWPORT BEACH, hereinafter "City, and Sully- Miller Contracting Company hereinafter "Contractor, is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Street and Bi e OT vroject On Irvine Avenue From Mesa Drive to Bristol -St. Contract No. 2318 (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Street and Bikeway Improvements On Irvine Avenue From Mesa Drive to Bristol St. Title of Project Contract No. 2318 which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of One Hundred This compensation includes (lj any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) Page 17 (f) Plans and Special Provisions for Street and Bikeway Im�rove- ments on Irvine Avenue From Mesa Drive To Sris�o re��o. -131 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH By ayor APPROVED AS TO FORM: Cifty Attorney By Its By It CITY SULLY -3MLER CONTRACTING COMPANY CONTRACTOR CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET AND BIKEWAY IMPROVEMENTS ON IRVINE AVENUE FROM MESA DRIVE TO BRISTOL STREET CONTRACT NO. 2318 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. DESCRIPTION OF WORK . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION AND COMMENCEMENT OF WORK . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . 2 IV. LIABILITY INSURANCE . . . . . . . . . . . . . . 2 V. SAFETY ORDERS . . . . . . . . . . . . . . . . . 2 VI. WATER, ELECTRICITY, AND SANITARY FACILITIES . . . . . . . . . . . 2 VII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . 2 VIII. UTILITIES . . . . . . . . . . . . . . . . . . . 3 IX. NOTIFICATION TO RESIDENTS AND BUSINESSES. . . . 3 X. ACCESS . . . . . . . . . . . . . . . . . . . 3 XI. TRAFFIC CONTROL . . . . . . . . . . . . . . . . 3 XII. CLEARING AND GRUBBING . . . . . . . . . . . . . 4 XIII. PRIVATE SIGN RELOCATIONS. . . . . . . . . . . . 4 XIV. WATER METER EXTENSIONS AND METER RELOCATIONS . . . . . . . . . . . . . . 4 XV. TRAFFIC STRIPING AND PAVEMENT MARKINGS. . . . . 5 XVI. ASPHALT CONCRETE . . . . . . . . . . . . . . ... 5. XVII. SOIL STERILIZATION.. . . . . . . . . . ... . . 6 XVIII. LANDSCAPING AND IRRIGATION MODIFICATIONS. . . . 6 XIX. EROSION CONTROL . . . . . . . . . . . . . 6 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS STREET AND BIKEWAY IMPROVEMENTS ON IRVINE AVENUE FROM MESA DRIVE TO BRISTOL STREET CONTRACT NO. 2318 I. DESCRIPTION OF WORK SP 1 of 6 The work under this contract shall consist of furnishing all labor, and mater- ials necessary to construct the necessary rough grading, curb and gutter, sidewalk, asphalt concrete, pavement, storm drain, striping and signing, landscaping and irrigation modifications, sign relocations and appurtenant work, all as shown on the plans for the "Street and Bikeway Improvements from Mesa Drive to Bristol Street ", and all other items necessary to provide complete improvements to the satisfaction of the City of Newport Beach. The Contract requires completion of all work in accordance with (1) these Special Provisions, (2) the Plans (Drawing R- 5453 -S, consisting of 5 sheets), (3) the City's Standard S ecial Provisions and Standard Drawings, 1982 edi- tion, and (4) the ity s tan and Specifications. a City's-Standard Speci- fications are the Standard S ec ications for Public Works Construction, T9T2 edition (hereinafter re erre to as the tan and Specifications . Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be- purchased from the Public Works Department at a cost of $5. The City's Standard Specifications, Standard Special Provisions, and Standard Drawings are included in the contract documents for said project by this reference. In the event of a conflict in requirements, the more restrictive or higher quality requirements shall govern. Items and details not mentioned herein that are required by the Plans, Standard Specifications, these Special Provisions, or any addenda or clarifications shall be furnished, placed, installed or performed. II. TIME OF COMPLETION AND COMMENCEMENT OF WORK All items of work shown on the plans, described in these Special Provisions, and listed as items in the bid proposal, shall be completed in eighty (80) consecutive • • SP2of6 calendar days after the City.Council awards the contract. After the award of the contract and prior to the starting of any work, the Contractor shall submit to the City, the construction schedule he proposed to follow in the execution of the work. The construction schedule shall serve as an index of progress prosecution as contemplated by the Contractor. Said schedule is subject to the approval of the City and may be amended as the work progresses by mutual consent of the City and Contractor. It will be the Contractor's responsibility to ensure the.availability of all materials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time. III. PAYMENT Compensation for work shown on the plans or described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal. IV. LIABILITY INSURANCE A standard Special Endorsement Form has been adopted by the City (sample attached). This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. V. SAFETY ORDERS The Contractor shall have, at the worksite, copies or suitable extracts of Construction Safety Orders and General Industrial Safety. VI. WATER, ELECTRICITY, AND SANITARY FACILITIES The Contractor shall make provisions for obtaining water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's utilities superintendent, Mr. Gil Gomez at (714) 640 -2221. The Contractor shall make his own arrangements to provide electricity necessary to construct the project. The Contractor shall provide his own sanitary facilities for the use of his employees during construction of the project. VII. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the.responsibility of the Contractor. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work, and no additional allowance will be made therefor. i, * • SP 3of6 VIII. IX UTILITIES The Contractor's attention is called to Section 5 of the Standard Specifications. The Contractor shall notify the Santa Ana Heights Water Company and request inspection 48 hours prior to relocation of water meters and other water facilities. Known sewer laterals are indicated on the plans. In the event that sewer laterals require lowering, the Contractor shall notify Mr..Rob Hamers of Costa Mesa Sanitary District at (714) 631 -1731 and request inspecti.oh 48 hours prior to lowering of sewer laterals. Contractor shall be responsible for maintaining continuous sewer service at all times during construction of the project. Pay- ment for sewer lateral shall be considered only for laterals lowered. NOTIFICATION TO RESIDENTS AND BUSINESSES Between 48 and 55 hours before restricting vehicular access to garages or park- ing spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotifi- cation using an explanatory letter furnished by the Engineer. ACCESS Vehicular access shall be maintained at all times to businesses and residences by providing at least one -way access to all adjoining properties unless separate arrangements are made with the owners. . The Contractor shall notify each property owner prior to restricting normal access from public streets to adjacent properties. The Contractor shall inform the adjacent property owners of the nature of the access restriction, the approximate duration of the restriction. U. TRAFFIC CONTROL After notification of award and at least 5 calendar days prior to start of construction, the Contractor shall submit to the Engineer, for approval, his proposed traffic plan. The Contractor shall be fully responsible for the adequacy of any traffic plan utilized, for conformance with his intended construction schedule and staging and to provide for its proper implentation. A minimum of one (1) paved lane shall be provided for traffic in each direction except during peak hours. During the hours of 7 - 9 A. M. and 3:30 - 6:00 P. M., two (2) travel lanes in each direction shall be maintained. If desirable, one (1) paved travel lane in each direction will be allowed during daylight hours on Saturdays. Construction Si ns and Barricades. All warning signs, lights and devices to e use y t e ontractor s a I conform to the standards of the "Work Area Traffic Control Handbook" (WATCH) published by Building News, Inc. SP 4 of 6 The bid price for traffic control shall include all costs for preparation of traffic control plan, barricades, flashers, warning devices and /or flagmen required throughout the job to insure public safety and no additional pay shall be allowed therefor. XII. CLEARING AND GRUBBING Clearing of the right -of -way shall conform to the provisions of Section 300 -1 of the Standard Specifications with the following modifications: A. Clearing of the right -of, -way shall be paid for under a lump sum item and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for performing all the work involved in clearing, grubbing, removing and disposing of all the resulting materials as shown on the plans or as directed by the Engineer. B. Where walls, fences or other private facilities encroach into the street right -of -way, they shall be removed to the new right -of -way line and the remaining portions repaired with materials of a similar color and texture to give a finished appearance. The cost involved in performing the work specified herein shall be considered as included in the lump sum price paid for clearing of the right -of -way and no additional compensation will be allowed. C. All work involved in tree removal, trimming and disposal shall be con- sidered as paid for in the lump sum price for clearing of the right -of- way. The wood or brush derived from this work shall become the property of the Contractor. The Contractor shall notify the Engineer prior to the removal or trimming of all trees lying partially or fully within existing right -of -way. Trees that are designated for removal, depth of two feet shall be removed and All trees lying outside of the project unless otherwise directed by the Engin all the necessary precautions to avoid be removed. XIII, PRIVATE SIGN RELOCATIONS including stumps and roots to a disposed of by the Contractor. limits shall be left in place ?er. The Contractor shall take damage to trees that are not to This item of work shall consist of the relocation of several privately owned signs within the right -of -way. The signs shall be relocated to the new loca- tions shown on.the plans to the satisfaction of the Engineer. Payment for private sign relocation shall be made at the contract lump sum price for this item and shall include the cost of excavation, trenching, pouring of new foundation, modifying electrical systems and shall include all compensation for furnishing all labor and materials, equipment and incidentals necessary for relocating the signs, complete in place, and no additional payment shall be allowed. XIV. WATER METER EXTENSIONS AND METER RELOCATIONS This item of work shall consist of the replumbing of water services and re- location of water meters at the locations shown on the plans. i SP5of6 All work shall be done in accordance with the Santa Ana Heights Water Company standards. Contractor shall inquire of the Santa Ana Heights Water Company for specific requirements for water service and water relocations, and pay all applicable permit and inspection fees required by the utility. The Contractor shall be responsible for maintaining water service to the businesses and the residents affected by the work or for providing notices to the properties affected. Full service shall be maintained during the night hours and temporary disruptions in water service during the day shall not exceed four (4) hours. Payment for water meter relocations shall be made at the contract lump sum price bid for this item and shall include all compensation for furnishing all labor, materials, equipment and incidentals and performing all work neces- sary for replumbing the water services and relocating the water meters, com- plete in place, to the new locations. XV. TRAFFIC STRIPING AND PAVEMENT MARKINGS This item of work shall be done in accordance with Section 210 -1.6, "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6, "Painting Traffic Striping, Pavement Markings, and Curb Markings" of the Standard Specifications, except as supplemented or modified below: Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 48OA9 as manufactured by J..E. Bauer Company or approved equal. Delete paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment, and Spotting," of the Standard Specifications for Public Works Construction and add the following: The Contractor shall perform all layout, alignment and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 112 inch in 50 feet from the alignment shown in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal of the existing striping and markings. The Engineer shall be notified 24 hours in advance of any layout of new striping. No street shall be without the proper striping over a weekend. All work, materials, labor, etc., relating to traffic stripes, pavement mark- ings, and pavement markers for removal, painting, and repainting as shown on the plans, shall be included in the "Lump Sum" bid. XVI. ASPHALT CONCRETE A. Base Course - -The base course shall be 13�2-inch thick Type III -B2 with 5.2 to 5.8 percent AR 4000 paving asphalt. B. Finish Course and Miscellaneous Asphalt - -The finish course shall be Type III -C3 with 5.6 to 6.0 percent AR 4000 paving asphalt. r XVII. XVIII • SP6of6 SOIL STERILIZATION The subgrade of all areas where miscellaneous asphalt concrete is placed directly on native soil, as shown on the plans or as directed by the Engineer, shall be chemically treated to insure the prevention of organic growth. The chemical sterilizing agent shall be Polybor- Chlorate, procured by the U.S. Borax and Chemical Corp., or an approved equal, applied in accordance with the manufacturer's recommendations. LANDSCAPING AND IRRIGATION MODIFICATIONS The work under this item shall consist of furnishing all labor, materials, tools, and equipment and performing all necessary work to modify the exist- ing landscaping and irrigation systems at the location shown on the plans. XIX. EROSION CONTROL It is anticipated that surface and ground or other waters may be encountered at various times and locations during the work herein contemplated. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect con- struction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subject to the probability of damage. Surface runoff water containing mud, silt, or other deleterious material from the project area shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains. All costs involved in any dewatering or desilting operations shall be in- cluded in the price bid for the related item requiring dewatering or de- silting. ilk• i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT / STREET AND BIKEWAY IMPROVEMENTS. ON IRVINE AVENUE FROM MESA DRIVE TO BRISTOL STREET . CONTRACT NO. 2318 PROPOSAL TO THE HONORABLE CITY COUNCIL City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: PR la The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this contract in accordance with the Plans and Special Provisions, and.will take in full payment therefor the following unit price for the work, complete in place, to wit: Item Estimated Item Description With Lump Sum No. Qty. & Unit or Unit Price Written in Words 1. Lump Sum Clearing and grubbing, including wall & fence removals and end finish, tree removal, miscellaneous. AC removal & disposal including sawcutting, concrete curb & gutter removal & disposal, concrete side- walk & driveway removal & disposal, AC berm removal & disposal, traffic sign relocation, for the lump sum price of Si N't..,- 'Fink_ Flk'wgR.2D Unit Total Price Price $ 131(00.60 $ Sy<D J'cJ 2. Lump Sum Traffic control, for the lump sum price of '1wEN --two �wN ncul� mlco?uttAQS $ 22eo.00 $ ZZeo.ep L" PR lb Item No. Fstimated Qty. & Unit Item Description With Lump Sum or Unit Price Written in Words Unit Total Price Price 3. Lump Sum r Private signs relocated including foundation removal and recon- struction, modifications to electrical systems, complete in place, for the lump sum price of V4F-r' C1 do/.ae DauA2 s $ $ /Soo. 00 4. Lump Sum Replumbing of water services and relocation of water meters per Santa Ana Heights Water Company, complete in place, for the lump sum price of _ co'A6 fw�,n ZM $ Z /cn.OV $ 5. 243 LF Relocate existing fence including new footings, for the price of Per LF $ (0.00 $ ! VS' r.00 6. Lump Sum Relocate fire hydrant including AC pipe, and new thrust block, for the lump sum price of}--- EtANO%J NONea..n "04tAA*x $ / /OAOO $ 7. Lump Sum Irrigation and landscaping modifications, including railroad tie retaining wall, valves & back - flow preventer relocations, for the lump sum price of "SWO Ti4euSGrJf] � %.on a'�LtA2 t $ Z04,1o0 $ Z MO.400 • . PR lc Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 8. 11,650 SF Excavate to subgrade and scarify to a depth of 6- inches below subgrade, compact subgrade for a 15 -inch AC section, complete for the price o per SF $ V.Vr1 $ `f 77G.so 9. 17,282 SF Excavate to subgrade, scarify and compact for 3 -inch AC section, complete in place, for the price of per SF $ 0.29 $ Toll. 7Y 10. 645 LF Construct curb and gutter Type A for the price of .5e,,/s„/ ?f ss sera tbL(.MZI ` per LF $ 7.25 $ q&76. Z's- 11. 2,243 SF Construct 4 -inch PCC sidewalk for the pri a of OWE Se� per SF $ /• 5'O $ 334-y%3O 12. 2,502 SF Construct driveway approach, for the pri a of 'Two ioo P.Lz i,( per SF $ 1. /0 $ 52+%20 13. 95 SF Reconstruct commercial driveway Type II including dowels for the price of per SF $ 3.70 $ 357.So • . PR ld Item No. Estimated Qty. do Unit Item Description With Lump Sum or Unit Price Written in Words Unit Price Total Price 14. 562 SF Construct commercial driveway approach Type I, for the price of -rlao °l per SF $ Z• .'O $ // SO. Zo 15. 220 SF Construct 4 -inch PCC to match existing for the price of _ -T.so tO %sae TbLLA." per SF $ Z•10 $ d/6 Z. 00 16. 15 SF Sawcut, remove and construct 6 -inch PCC gutter to match existing for the pri a of -.lo bo a Jij Aa-r per SF $ Z•600 $ 31.°o 17. 27 LF Construct monolithic PCC curb for the price of -rwp" ° imo �u XLr v per LF $ 3. TO $ 10 L- A 18. 1,048 TON Construct 15 -inch asphalt concrete section on compacted native including prime coat for the price of N�.sa.. goo per TON $ 19.10 $ 30� 4ej6.8C 19. 311 TON Construct 3 -inch asphalt concrete section on compacted native including soil sterilant for the price of 'acil.SdL.� per TON $ 40 $ /o76aO.G O 20. 65 LF Construct AC curb Type E for the price of per LF $ $1.00 $ SZO. 00 • • PR le Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Rice Written in Words Price Price 21. 4,063 SF Construct miscellaneous AC,in- cluding AC ramp & 1 -foot join strip, for the price of T ° eeoo ui}RJ per SF $ O.0 $ /4L5. Zo 22. 3 EA Adjust manhole or water valve or water meter to grade for the pr ce of owc_. Aw Joa&O per EA $ /00.00 $ Sao-e.0 23. Lump Sum Remove 18 -inch RCP and concrete collar including disposal for the lump sum price of 4 a /Ie ej,012 /iw EAt t eL,Q r �— $ (Poo. e0 $ 400 . eo 24. 1 EA Construct junction structure No. 1 including excavation and backfill for the price of Se✓ .w�u0laaU �' . ft y'00 er EA $ i7j-0.00 $ V750•11YC 25. 1 EA Construct combination curb inlet Type OL /junction structure, in- cluding excavation & backfill, for the price of �} °`Y.e+o rte, ,u.A,2.t per EA f $ 2'7S0•00 $ Z7SC.vo 26. 1 EA Construct curb inlet Type OL -A including excavation and backfill for the price of � m ;J ,� �,¢i per EA $ Z700•oo $ Z760-410 27. 748 LF Construct 24 -inch RCP 3000 -D or ACP 3750 D, including excavation, bedding & backfill, for he price Of F:627N -7LJQ �eo _ ZbZLAIP,x _per F $ 4z. So $ 3i,-190.0.0 • PR if Item Estimated Item Description With Lump Sum Unit Total No. Qtp. do Unit or Unit Price Written in Words Price Price 28. 19 LF Construct 18 -inch ACP 2000 D, including excavation and backfill, for the price of — fdJ WOE �� _� t R94: per LF $ dZ ao $ '1 18 a0 29. 1 EA Construct 450 ACP elbow for the price of E o� H*M d SevlenllSr� �!!t_ Y dObw ' +,ear per EA $ 17S•00 $ 17 S•� 30. 10 LF Construct 3 -inch PVC drain for the price of 71+rl�1..� Leo �[A�OJ per LF $ It-00 $ 1210.00 31. 65.33 LF Construct block retaining wall including excavation, footings, and backfill, for the price of Zb&d.A4. per LF $ l i•a0 $ 4377. I I 32. Lump Sum Signing & striping, including sandblasting per Sheet 5 of 5, for the lump sum price of a.W 4219 $ "1300.00 $ 'I.3oro.ee 33. 11 EA Reconstruct sewer lateral & maintain continuous service; lateral per Costa Mesa Sanitary District, as necessary, for the price of rsi�xs I AIPJ4 0AA r rsa ;7bUA/JX . per EA $ - •400.co $ 3�yao.eo SEE SPECIAL PROVISIONS, SECTION VI I I) SUB -TOTAL PRICE WRITTEN IN WORDS: __ ew /Aj- jp2eS{1 i�iRRt- 77+�� 774nwA jn At/,� 0AKn • . PR 1g CONTRACTOR'S LICENSE NO. 1 �� DATE: (7 14) 639 -1400 Bidder's Telephone Number SULLY, %%ILL ER CONTRACTING COMPANY Bidder Authorized Signature /Title ROBERT E. HOLLAND, VICE PRES. Bidder's Addre s �.0. BOX 432 ORANGE, CA 92666.0432 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. Contr's Lic. No. & Classification IN, M. • i SU�LLY - MILLER CONTRACTING COMPANY bidder uthA orized Signature/Title ROBERT E. HOLLAND, VICE PRES. • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 2. e— ,,,c4za't°e+ �. J `DP+/{S to dP -GeNG6 3. �6NC .`nla GeWa�.i �.ftcT �iwra a Wt r �Ta�ttSlL 4. s -r;z.t p, ac. oa-v ac,s 5;@S'e •, 15":4l ar arJ%19 5% 6. 7. 8. 9. 10. 11. 12. SULLY - MILLER CONTRACTING COMPANY AuthorizedSignature /T�e ROBERT E. HOLLAND, VICE PRES. • • Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this _f _ day of l —eb• My commission expires: M A r- C.1r\ �� � �- SULLY- 11ALLER CONTRACTING COMPANY Bidder Authorized Signature /Title ROBERT E. HOLLAND, VICE PRES. no W-f NO 61% laIrIplaff OFFICIAL SEAL REBECCA A. WHALEN NOTARY PUBLIC.CALIFORNIA 10 PRINC!PAL OFFICE IN ORANGE COUNTY Commission Expires Mac 16. 1984 . : • • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. SULLY ULLEP. CONTRACTING COMPANY. Bidder Authorized Signature/Title ROBERT E. HOLLAND, VICE PRES. 0 . Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No c= r- L\ 1-14 SULLY - MILLER CONTRACTING COMPANY Bidder Authorized Signature /Title ROBERT E. .HOLLAND, VICE PRES. v,v_v��t✓ivii� rl,v:►.v�,t:u, J1.1�rJll:lvl f Sully - Miller Contracting_Company6 __ Condition at close of ASSETS t Current Assets E 1. Cash ------------------------ ---------- --- -- --- - - -- -- -- - — 2. Notes receivable --- -___ ---- 3. Accounts receivable from completed 4. Sums earned on incomplete contracts .____. ------ 5. Other accounts receivable --------------- --------_. --------- ---- --- ------- 6. Advances to construction joint ventures- ---- ..____ 7. Materials in stock not included in Item - 8. Negotiable securities ------------ _ _- ----------------- — ___— __- _— ___T__ 9. Other current assets ------------- -------- --- _- -. - - - -- i -- Fixed and Other Assets 10. Real estate_ --- .---------- ---------- ___ 11. 012. Construction plant and equip Furniture and fixtures --------- __ 13. Investments of a non - current I 14. Other non - current assets --------- TOTAL LIABILITIES AND Current Liabilities 15. Current portion of notes payable, exclusive of equipment obligations and real estate encumbrances ---------- .____— __.____.____- .______ —_. 16. Accounts payable-- -- -- -- - --- -- -- --- - -- - --------° - - - -- - - - -- 17. Other current liabilities --- .--- _-- ------ ________.__ — —` - -_— Other Liabilities and Reserves 18. Real estate encumbrances____.__ ____- ___:._____— ___- �.___..__ —_ 19. Equipment obligations secured by equipment -t__ ' ...__. -- 20. Other non - current liabilities and non - current notes payable._.___.._ 21. Reserves- .-- .-- - ... - .... ---- -- -- - - -- - -- Capital and Surplus 22. Capital Stock Paid Up ------- 23. Surplus (or Net Worth)___ TOTAL LSABn.rrlms AND CONTINGENT LIABILITIES 24. Liability on notes receivable, discounted or 25. Liability on accounts receivable, pledged, assigned or sold-_ - 26. Liability as bondsman ------------ ----- --- --------- - - - - --- —_ -- 27. Liability as guarantor on contracts or on accounts of others - 28. Other contingent liabilities .... ... --- ------- °- .-- . —�.,_. TOTAL Cowmi;E J7 Nor:.—Show details under main headings in Sm column, crtending total, of main 1 DETAIL TOTAL -- V 4 792164'___ - __•- 61170 20P 119631066 . ' _. 879. QQ — 64594 - 26 65 474 126_ -94 334 to Second cola m. [71 • b m O O O N h h W VI .y .•. d .-1 .-1 .N • d O m N O d > 0 W C 7 G"_ m C ✓ u u u C d✓ 00 6 t d m d d U >. C d b u 0) d C 'o C O >1 d b0 •.1 Z P ! C O✓ o >+ • E P. C N ' d• d as 4) d d d Z N P. 9 cd . H 0 0 44 > O 44 m C O 00 c $. 4 V C #j a d o h f G O b O • O h •• d b Q O h< O vt .3 d C U Z N d V ta d C 0.. W :3 N •.1 T qq Q > d C d -0 G % d C N d E -. d V N O O O d 0. C d O .0 G. d, > O m m w .a O V d d -] 6 u V) u Ca 0. Q Q d U K d Q Vj H .•1 U d ••. v✓ h C H C C b '0 u W 01 w 40 d W W W W d W W N W w 0.. 414 LI N W CO w W d r- U. d W W W 4a C o C 0 ✓ ✓ 0 o o O d 0 0 d 0 0 - 0 V) d 0 F. O O K •.1 V) W. 0 0 0 0 d h •.t V) V) 0 .0 I U d a F 2 •.� d N ✓ X ✓ >. >. >1 d >. >. ✓ X T >•. ✓ .a7 ✓ ✓ >. T • •O 0.'i x >. >. >. h C h C N ✓ ✓ ✓ h ✓ �+ O ✓ V < ✓ d O h .+ ✓ ✓ < .-� Q C ✓ ✓ ✓ d Z O a) •n d O O .n -H ..� •.1 .N •.1 O •.1 ✓ F O O O .ti ..+ O F d .n 0. O G U U u U 0. U U U< U U (A V U -i U w 6 V) 0. U U U J m 4 J m U U U K d d 07 O > O w .1 N C 0 > d x ° o a > .�+ :+ O > .0 O O N o > •N b d h 3 a) ut O> 3 N -V C > d C 0) • V d O d 7 d .+ C '•' M O .+ 7 d O d d? 2 d C .+ .13 ••� C✓ W N >. ✓ w N 00 C -0 ✓ r.. > d C 0 of N d •.+ - vt C to u O 1 •d d d O d O d d 6 1. d d d Q L. > d C N Ot� h✓ m N h Q d d d h >. <.0 V) < 0- d d d ca ON d 0) O N T ✓ V) ✓ d •.1 E U 0. ✓ h .-1 v 00 00 d C C m vt 00 N 7 ✓ d •.) N V) Z .G O •n c V) ✓ d d c d h W d $. h m C b✓ to d h ✓ .0 ,C of ✓ 0 d d 0 .+ •.+ O .+ 0 'O 010 d - O wt d 01 C •+ d ✓ W C ✓ .+ • .•. ,1 h N .0 7 0.W 01 ✓ ti 00 O ✓ C > 0a C ✓ U a •.� P. d u N V) -A O N< �m E C h d C V E N h {.� r1 0 m F 01 01 d 0 >. N .+ H h 'C E E t (yy O d V) d O) .r O d 0 •+ N C d d d >. 7 0 0 0 m d F 0 0. d m O d C 0 O✓ O J m N�.+uIJJ N E.- a. FC.'JU ECL J J...) d a m S V)> 3 J y.r 0 u U 00 d d C U u N Z C O h F •.1 'C ut 'a U N d ✓ d d o • ✓ [CI u W 0 0 0 0 6 0 O) Q 0 0 0 0 O O O O M O O O O O O N O N 0 0 0 0 0 0 10 + d 44 h O O O O O a O O O O O 0 0 0 0 0 0 0 0 0 O O M O O O O O O O U 0 M 0 0 0 h O 0 0 0 0 0 0 0 0 4 0 0 0 0 O O N O N O O O O O O ;a O 0. 0 C d m V 00 O N V •0 0 N V) N O a W . O .O V M M V) 0� h N W 7x V C4 a V 0 O) at V h m.O N N0000N <OO)O)hO 0,00,0 ,0 O u NN C M O .a d< ITN M .••1 V h N G It N M 00 .'•I Q M N .O N N .-1 M V) M N .1 .y •M N .r 4 > 3 M .ti .•1 h M .••� .••� u✓ S N > ✓ ✓ •� J C h o J d C F 8 O Q. V) d V > h ✓ O d m C O m x .•+ ✓ P. .. •.. w N .r Er1 > •n 'O Co d N of ti K ✓ .N C d d c G C.+ c ✓ u C C C Q.Ci.C+ C C Q O O 0 0 •O .-. O c d N O O O 'O d 0 0 •M N c N wt .+ ut N VI ..1 d {!. d C N F -.. O J ✓ ✓ ✓ m ✓ ✓ u ✓ ✓ ✓ ✓ 00 E c ✓ ✓ ✓ 7 0 0 ✓ O d W d u {Oy.� u u ~ c d C m C r C d C d v u u u U O u O 7 a E g 4 M W W W 0 m H ✓ w 00 0. C N 00 W ea m 0 0 t M W > > C > > > •.+ 0.F C wt u1 wt d E ✓ �+ 0 x w E W c 01 H C wt w d C C C P. O O •.1 0 0 0✓ h E O •r1 C C C a0l0 (24 V) V) C 1 h V) d 0 04 O O d O N h 'O N N h P a .•1 V h > 0 0 0 c C 0 O d 0 0. u 0 0 m u u 'O ••. 0. 0.O 0. P. 0. O w u E- m u u u •.1 O. 'O b V O E 3 N O09 J aw CK 3 >.- HiH.•O. nEi HrEi and K ice•. d 0. K tY Cc-0 m w> 0 a.aO CD vOi W C✓ W 00 ✓ d c m✓✓ >+ d N d -+ O -.1 d ✓ C C V) ✓ ✓ ✓ in ✓ ✓ O ✓ ✓ ✓ ✓ ✓ >- 0) d O ✓ ✓ ✓ O U ✓ O ✓ ✓ d d h d •N .e1 d d d d d d d d d d C h 7 d d d LL' d d d 1 H d N u d ,X x c d d d d d d 0 d d d d d c 0 u d d d d d d d d d d >. C c c N F. h d h N h✓ N h✓ F. it h h F. •.+ u c d N N N 2✓ N✓ h h 'O .•. 0 F U U V) 0. [Y O V](n wV)V)V) < V) LA V) V) x K U [a. V)V)V) ZV)V)V)V)V) V) ✓ '� d ✓ E c .1 d 0 V N� O 01 d 00 h h r Io KNOW ALL MEN BY THESE PRESENTS, 0 Page 4 BOND No. 766046 K10850) BIDDER'S BOND PREMIUM: INCLUDED IN BBSU That we, Sully - Miller Contracting Company , as bidder, and Seaboard Surety Company , as Surety, are held and firmly.bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Total Amount of the Bid in----------- Dollars ($10% of B lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Street & Bideway Imputs on Irvine Avenue from Mesa Drive to Bristol Sreet. Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto Of , 1983. OFFICIAL SEAL BEVERLY J. JOHNSON NOTARY PUBLIC • CALIFORNIA LOS ANGELES COUNT 10my Comm EVkn 00. 24, 1986 (Attach acknowledgement of Attorney -in -Fact) Notayt P41it\ Commission expires 10 -a LlCommission expires K& set our hands and seals this 15th day Z 12 Title SULLY - MILLER CONTRACTING COMPANY Bidder BY :- �.trS. e-AZ rX ... Authorized Signature /Title FRANK E. HOLLAND, ASST. SECRETARY ) ; ƒ ra# ) n n« ® @ ; &)2 # ( Em =g & \ _ ;\)/ t 0 § ( ° Lm, ® 4( cr \ \ ( .. \ /)) >pE � k\[ C, 0 ® 03 k\ § [0 \ m &;E AF Ja \ , 5, / 0 \ { . ts . ) ƒ/\ } \/ cer<:ifiea :,opy 130AIZD Si"IZE -7-Y C0N1&v IINo 7277, NEW YORK, NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SEABOARD SURETY COMPANY, a corporation of the State of New York, has made, constituted and appointed and by these presents does make, constitute and appoinO.H. Caithamer of Long Beach, California its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, under- takings and other instruments of similar nature as follows: Unlimited in amount, but restricted to bonds for Sully= Miller Contracting Company and /or Southern Pacific Milling Company, Inc. and /or South Coast Asphalt Products Company, Inc. Such insurance policies, suretv bonds, undertakings and instruments for said purposes, when duly executed be the aforesaid Attorney -in -Fact, shall be binding upon the said Company as fully and to the same extent as if signed by the duly authorized officers of the Company and sealed with its corporate seal; and all the acts of said Attorney- inFact, pursuant to the authority hereby given, are hereby ratified and confirmed. This appointment is made pursuant to the following By -Laws which were duly adopted by the Board of Directors of the said Com- patw on December Sib. 1927, kith Amendments to and including January 15, 19S2 and are still in full force and effect: ARTICLE VII, SECTION 1: "Policies, bonds, recognizances, stipulations, consents of surety, underwriting undertakings and instruments relating thereto. Insurance policies, bonds, recognizances, stipulations, consents of surety and underwriting undertakings of the Company, and releases, agreement; and other writings relating in any tray thereto or to any claim or loss thereunder, shall he signed in the name and on behalf of the Company (a) by the Chairman of the Board, the President, a Vice President or a Resident Vice President and by the Secretary, an Assistant Secretary, a Resident Secretary or a Resident .Assistant Secretary; or (b) by an Attorney -in -Fact for the Company appointed and authorized Cy the C ?.air- I man of the Board. the President or a Vice President to make such signature; or (c) by such other officers or representatives as the Board trap from time to time determine. ' The seal of the Company shall if appropriate be affixed thereto by any such officer, Attorney -in -Fact or representative." IN WITNESS WHEREOF, SEABO ARD SURETY COMPANY has caused these presents to be signed bN one of its 'Vice- Presidents, and its corporate seal to be hereunto affixed and duly attested b% one of its Assistant Secretaries, this ......27th day of ........ .Der — ember ..................... 19..73. Attest: SEABOARD SURETY COMP -ANY, (Seal) Anitz,..J,..,, Leonard R. T. Gundersen Assistant Secretary Vice - President STATE OF NEW YORK COUNTY OF NENV YORK On this .......27th .............. day of ........ December............................... ............................... 19..3....., before me petsonall appeared ...... . ............... R.... T_. Gunde_r sen.......................... ............................... a Vice - President of SE -BOARD SURL-TY CO%IP.ANY. oath whom 1 am personally acqu : +intcd, who, being by me duly sworn, said that he resides in the State of ........ New .YOrx . ................... . that he is a Vice- President of SEABOARD SURETY COMPANY, the corporation described in and which executed the fore - t,oing instrument: that he knows the corporate seal of the said Contpam'; that the seal affixed to said instrument is such corporate peal; that it was so affixed by order of the Board of Directors of said. Company; and that he signed his name thereto as Vice - President of said Company by like authority. State of New York No.'OIQU8468870 Qualified in Richmond County Certificate filed in New York County (Seal) Commission Expires March 30, 1984 Mar aret M. Quinlan Notary Pubiic C E R T I F I C A T E I, the undersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that the original Power of Afton ;fy of n` :;cif the foregi+ing is a full, true and correct cope, is in full force and effect on the date of this Certificate and I do further certify that the N'i Pre • i =crt mho executed life said Pourer of Attorney was one of the Officers authorized by the Board of Directors to appoint an attorney -in -fact as Jrvci t-d Article VII, Section 1, of the By- lath: of SEABOARD SURETY COMPANY. { �. This Certificate mw ht .iuncd and sealed by facsimile under and by anthurity of the i0lIONVInp resolution of Inc Board of Dl:ccn 1 of itOARD SUI,'FT)' COMPANY at a meeting duly callCd and held on the 28th day of ]fine 1)78. } _ "RESOLVED: (2) Than the use of a printed facsimile of the corporate sCtd of the co:upany and of the signatureof an As -lac. .< ary on any ccrtiGc:aiuu of the corl,omss of 'a cope of :m in >trnment l'Sel Utl4t by lhy Proident or a \-ice - President pursuant to 'c }jj}}�� �_ <•f. 1, 01 the By -Latys fl` pointing : nd authorizing an atiornev -in -fact to sign in the ram; and on behalf of the company spray h.,� :d,. t�1.07 tir:e undermkings or otlxr in.trn nents described in said Article VI1, Section 1,'tcith like effect as if such seal and such signature 1 :a: r -L' _. affixed and made, herdy is authorized and approved." 1 " IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of the Company to these p. tl3 -ts this 15th February 83 0�,�,� ............ day of .............................................. ............................., 1�� .,� % .......... S.J Assist euetary rn n n l M Cl) -4 F zo ::a z;-vl�i rmn n :! -4 N Z [ mo 1 k 1 a � ..j 0 3 m H <n—/ -4 _i ri n P n L� C ,Z7 J � � N J4 1 �' aso ep 1 p ^ i z p P m V A 1- MC Lr DNDN 00 0 inMinK TDr�'3 ?s ��w,�NNNW(Iinin� 1f i1 m !- ' ft s1 o� WWI aawwNw�► N oC- re's'= ek ° r H' �, °1 DV'o Ah °bcoc�ppOO$w6\ O 3 ..i 6 O_. NN G to cOO�c �yooaNppOe„vt� ryc.� ', r�nrr� z N G .� e CC; ❑O 00 O Gp V1m A to c (,4 VAN o r U0. U' LA � �i� ` o!O � ( �� 1�� olo ^. °o o. '+I .n ^•i`�a`_,, Off_^ '� cC •v o ' `I f� � = C� c� o o l D (e o 0 0 n tJ • _� '� y. h � o •� , C 7 b't N W � N v ,v -ry r r .\ f" I• r ; �. o,tl o el.. "IO �� v'. o'on�ec� 11 1'j , �:.>1�'c�ON `` - �1•�(nNN Z O .1• y �'J �� a•� � �� G • - GPI, N. w IRON t',t � '. w � .0 . In J a c. 3'�!��'iV "`Jll •,I I\n •t[[�'�N� J �- �.It'rl t 1• .�._ �^ TIN e C'7 �_ V'r �1 'vZ•n N 2 •O'er ` n Aa c o�N > "�'` •„'� kn •. iy 0 S "� •' P O 1z' ,. I >N}�. N N .N 1 �ff• ���rl�eo S w � � ,V •�k1j W�p W tty� '\ '1•'� � 3 �! � D ' D'L'O: Ic�'�� c }`°I ki o` .0 -� � ' •,�rwnl o !$1�17 I 1` EiV��, dw��l� '�^.ti'`]Vi•�'Wj`'NFA\I�N•` RR J:V N :..1 ^: ll ca: t 1, v1 N tll��(3 I�%�J lt'�1 ��.Wi lay `v; 77roI �' 1• Ipa 1 1 �• n \ � w 1 LV � `= t � .0 � �. yl J ` i '`� O � � M j�•' i l � X21 :w!'� a.c r: � °.:�i' IM °IVy•Ol� ".i11;'•1� t..v�. ,` ,• t:�,' ' M Cl) -4 F zo ::a z;-vl�i rmn n :! -4 N Z [ mo 1 k 1 a � ..j 0 3 m H <n—/ -4 _i ri n P n L� C ,Z7 J v ri r� 1 GZ7 2 rn m a a .y 1 Q7 O y { 4 r i m O co c: X 3 A J W yat ,y m 3 i 7 V � A � F t n z ` �rha .+ z 11{ b ' T t m m Nr �• c Z 1 � y J 0 r4 1 r I w r c y 1 W f W Ia3v 4 4 � � W S: a�- j 1 IV I 1 �' •v III C o � cR„I I J M ! { I �. ? 1 a1 1 � I• 1 GZ7 2 rn m a a .y 1 Q7 O y { 4 r i m O co c: X 3 A J r1 n 1 2Art M D mIn N Z � mo 1 k � t s H o t C 3 S { mv -a- p rl r1 3 N g Y•1 _n O Flo I N Q� [ rff � n �t 1 41*1�mm �o e A h P lop J �.s. +fir = S S S i S n S S s L {f� T " ^0 n_ w 0 t h p r s W�. tS• T Tr �� i�w_ V1• -0 10 �J = t A s r< tr L �.' } s J n s K ±SF o E — ��i•ilrz V � � o V p- ••gyp. -�..� WD N� f. �Z f R1 �- P V� Nyl 014 tP 000, ry p y r�� lA �Df TD T :D btMq• s1 t-. V�. 11 { qq �a1 ( °�°� .,s ..tfwnWNw� N rte a�'P�r= �d0 °000a°o °o°wb� �^ S cO° pN �JONN c t�1 °to° oto24A1 8( 140 Jac � °S °�1'� ► °� y�ee�—i �� t� Fr p � .NN N. o.. r• lStr� --r r ol •e Te�:e � a w le (c ��' .aQ ° 0.0 ° Vt� Op'. ac td c ° °0 o•t". c:"oQCG u c. i °c•e 1Y tY p �' W w'� N i •e � � _ S S� a N ra c]1t �s •R r t" � ' VI °•0wµ J N Q Vi 6- G 4e V ..� ,.: W 9 .� N (� • 1^ a t^ IN i W 11: �jO f11 �:il �!4 1 T'? CZ t 0 •? d D cl!J V't t�.g J •O e ;, izs l c to ° Ole t to CV �' V yy O O .• a nI •h Y.'1 T .. V n v h h ati 4 H Cl \ N .a s o ro n ate Sc�'�.0� ?OOII �i vzt O!e •C .o cn ,1��M�Cc�d�. ter_ Ilk Vp o J N j J 11 .. 0 t ` ljtfl►�T7er� C'•SI •�) Id�d � 'ttd�`���v1��:1'io� o G C 1_ N q 1 c..z J. r1 n 1 2Art M D mIn N Z � mo 1 k � t s H o t C 3 S { mv -a- p rl r1 3 N g Y•1 _n O Flo I N Q� [ rff � n �t 1 r, S n r m f'1 'O Ln e --4 y r 6 b :r �pn Z 0 IL 3 x J W m 3 . o m £ A _ T --1 • O z 0� r;►1n �NvWi z :T1 � m N tq b. = NJ� 00_ Q N J s ( I I I 1 I I w W P � n Fglar f I D _ ' L 1 o �f Z a ii to � r i I n m f'1 'O Ln e --4 y r 6 b :r �pn Z 0 IL 3 x J w z z m m a U3 { 1 k a.. St- r' -i - D o� Z 0 �s in r m O Lo C J i n° o c p , R1P 110 Ln xp a� o 3� '1 W�cs.0 v lD` _Ns n Qp }z <N� �f � u o F Z WO P „ rr1 tij. V1 iON tyh!-*^^MV1 VtfNIAawN� r ;n TS < D 7 S T D �a T• �1 . T TI 11 m trtovlr w �paWWN4o{, L4 ari'rr'z o O aJ O g N S �6 �� 10 1 t p o ' h iA -i ' up Us J S O vtN NN G1O00I6apQO�"w��pJ pO No &C. r 1 �0 �6 O �O �a � 8 log 1 �° 1 job W 1 (- r (- B'rr- V r E9 i (¢ y., 6 p� t c o o "_ � o � 1T1 c� e G 9 p In to �� to ✓f N }� �. e tliobao�p °o Co n ��WtWO Z)0 O c l Z) p e `c �1L�N a ?ice N�a �1�0� Z%nIN O 7 1\ '� • a (c C J It ® p o p -� G 0 0 °' O N U C J sn (n ,., rF C �de 1' � • e i'a to 00 °U ii`�t.J.y oU -iJl ' U1 > t¢ r °a Lp D In (- ,Giy pn.ij�e @i 1 �t`c� C Z -i 1 C Z J w z z m m a U3 { 1 k a.. St- r' -i - D o� Z 0 �s in r m O Lo C J i n 1 z --1 �F Am'A" Q S D` ,rI 9 cn c z `a A J IN IMINI M HE F" En II■Y�1111�91 a�u�n IIINNIII�d NII�II�II n 1 z --1 �F Am'A" Q S D` ,rI 9 cn c z `a A J TO: CITY COUNCIL FROM: Public Works Department SUBJECT: RECOMMENDATION: DISCUSSION: c J��� • February 28, 1983 C3�� CITY COUNCIL AGENDA l ITEM NO. F -3 (a) cuun/do d cclhci c,� "U,�) Award Contract No. 2318 to Sully- Miller Contracting Company of Orange, CA., in the amount of $143,339.24, and authorize the Mayor and the City Clerk to execute the contract. At 3:00 P. M. on February 15, 1983, ten bids were opened in the office of the City Clerk for this project: Bidder 1. Sully- Miller Contracting Co. 2. Parrott & Wright Construction Co 3. Griffith Company 4. GWAC, Inc. 5. Porter Construction Company 6. Ian Company 7. Gillespie Construction 8. Clarke Contracting Corp. 9. Dakovich & Son, Inc. 10. Mac -Well Company Amount $143,339.24 $156;253.22 $158,005.25 $168,946.79 $169,995.38 $173,491.45 $184,296.45 $184,359.30 $191,102.70 $201,756.29 The low bid is 20% below the Engineer's estimate of $180,000. Sufficient funds are provided in the current budget to construct the improvements. This project provides for the widening of the easterly side of Irvine Avenue southerly of Bristol Street, and the construction of a bike trail /lane along both sides of Irvine Avenue between Bristol Street and Mesa Drive. A portion of the bike trail /lane is in the County and will be paid for by the County. Sully- Miller Contracting Company is a well- qualified contractor who has successfully completed a recent contract for the City. Plans and specifications for the project were prepared by William- son and Schmid, Consulting Civil Engineers. Work should be completed by July 1, 1983. Benj min B. Nolan Public Works Director HH :rb • THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, ss. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to-wit: . I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this 24� day of J A , , 19 R3 Signat THE NEWPORT ENSIGN 10 G -�23 /a This space is for the County Clerk's Filing Stamp A Proof of Publication of PROOF OF PUBLICATION �& , �, C TO: CITY COUNCIL JAN 2? 19" y ;„ i:,S; CGJL�IL ."?BT BEACH FROM: Public Works Department 0 C -a3�1l� January 24, 1983 J CITY COUNCIL AGENDA ITEM NO. F -17 SUBJECT: IRVINE AVENUE STREET AND BIKEWAY IMPROVEMENTS (C -2318) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened on Tuesday, February 15, at 3:00 p.m. DISCUSSION: This project provides for the widening of the easterly side of Irvine Avenue southerly of Bristol Street and the construction of a bike trail /lane along both sides of Irvine Avenue between Bristol Street and Mesa Drive. See the attached Exhibit A. Widening the easterly side of Irvine Avenue by 20 feet in the 800 feet southerly of Bristol Street will provide room for the extension of the right -turn lane at Bristol Street and allow a left -turn lane to be in- stalled. The left -turn lane is needed to serve the existing commercial prop- erties southerly of Bristol Street. The bike trail /lane will provide paving in the sidewalk areas where curbs exist and widen shoulder paving in the other areas. The bike trail /lane is needed to connect the existing Irvine Avenue bikeway facility southerly of Mesa Drive to the trail along Bristol Street. A portion of the bike trail /lane is in the County and will be paid for by the County. The widening of Irvine Avenue required the acquisition of two parcels at a cost of $38,000. The project includes the construction of curb, gutter, sidewalk, storm drain and paving in the section to be widened. The bike trail work in- cludes asphalt sidewalk paving and shoulder paving. The engineer's estimate for the project is: Street Widening Bike Trail /Lane $149,000 31,000 Total $180,000 January 24, 1983 Subject: Irvine Avenue Street and Bikeway Improvements (C -2318) Page 2 The construction project will be funded as follows: Circulation and Transportation Fund $ 46,000 Gas Tax Fund 103,000 SB 821 Bikeway Funds 15,000 County Bikeway Funds 16,000 $180,000 The current budget provides funds from the Circulation and Transporta- tion Fund and the Bikeway Fund for the project. A budget amendment to the Gas Tax Fund will be processed at the time bids have been received and an award is recommended. At present there is a $39,000 surplus in the Gas Tax Fund and the remaining $64,000 can be transferred from the accounts for "Acquire Right -of -Way for Street Widening" and "Prepare Preliminary Plans and EIR's." An Environmental Impact Report /Negative Declaration for the project was approved by the Environmental Affairs Committee and filed with the County of Orange on February 22, 1982. Plans and specifications for the project were prepared by Williamson and Schmid, Consulting Civil Engineers. If acceptable bids are received, the project should be completed by July 1, 1983. a"t.-= .G1rCe. Benjamin B. Nolan Public Works Director HH:jd Att. It II 3nttss I G7 /MIT/lA_ I 1 � � .f W a low .0 /IPfO/f .Pi'fOON'd :' � Yd Pi ES �E_CT /OAJ .4- A Piw '10' I 4do -��+.i I,;�- !�X /d T. �►SiAOIVdY �,,�I RKOP• 3•ZZ. �ii+r! rw.Y �1- ___.___ �._�_ TT�'� - *RY. SWIM :7ECY io u E-B E.rl& ARID owdY v�o. SECT /ON C -C a a � � a ti SYRE! CITY OF NEWPORT BEACH PU9L.IC Mo111ca DV%WMENT 3 I.4P111NE 4 P4 PMUC wOMCS DIRECTOR �3TQEET¢ a1seewdy 1MjvAwpww ,vrs M ,INe NO,EXH /B /T